Federal Bid

Last Updated on 25 Aug 2012 at 8 AM
Sources Sought
Wright patterson air force base Ohio

Atomic Flux Monitor

Solicitation ID FA8601-12-T-0251
Posted Date 03 Aug 2012 at 6 PM
Archive Date 25 Aug 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

The United States Air Force, Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing (1) Atomic Flux Monitor. The system is capable of monitoring and controlling the atomic flux during deposition in a molecular beam epitaxy system using an optical technique, e.g. atomic absorption spectroscopy or electron impact emission spectroscopy. Firms responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality.

Technical requirements:

1) Attachment to system: (2) Sets of 4.5" conflate flanges available: upper set is in line with substrate: the lower set is about 8 inches below the substrate
2) Measurement type: Optical, during growth
3) Deposition materials: Up to three at once; four in one run. Primary materials are Sn and Ge; secondary are In, Sb, Cd, and Te
4) Internal components: Minimal; none preferred
5) Control: Closed-loop, either stand-alone hardware or computer software
6) Material flux rate: Min <=0.001nm/s; Max >=1nm/s
7) Resolution: <=0.001nm/s or 1% of rate, whichever is less
8) Flux accuracy: <1%
9) Drift: <1% over 8 hours
10) Cable length: 5 meters
11) Vacuum components (if any): specify performance
12) Power and Cooling (if any): specify performance

In addition to technical requirements must be able to provide the following:
1) Installation and Commissioning
2) Maintenance, installation, service and operation manuals
3) System completely functional as configured with specified components
4) Shipping FOB Destination
5) Calibration Requirements

All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
Firms responding should indicate w
hether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
 
Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: [email protected] in a Microsoft word compatible format to be received no later than 8:00 AM Eastern Standard Time, 10 August 2012. Direct all questions concerning this acquisition to TSgt LaToya High at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 13 Dec 2012 at 8 PM
Atlanta Georgia 18 Jul 2020 at 2 AM
Location Unknown 29 Jun 2023 at 4 AM
Location Unknown 17 May 2024 at 4 AM
Kittery Maine 14 May 2025 at 12 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)